Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2005 FBO #1398
SPECIAL NOTICE

99 -- VERTICAL LIFT MODULE (VLM) AUTHOMATED STORAGE AND RETRIEVAL SYSTEM (AS/RS)

Notice Date
9/22/2005
 
Notice Type
Special Notice
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
USA-SNOTE-050922-008
 
Archive Date
11/21/2005
 
Description
This is an amemdment to a synopsis/solicitation originally published September 16, 2005. The combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information incl uded in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis-solicitation is issued as a request for quote (RFQ) W91248-05-Q-0203. The solic itation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-5. The NAICS code is 333924 and the small business size standard is 750 employees. Solicitation is unrestricted. The solicitation is i ssued as a Brand Name or Equal procurement for the following items: Two (2) each Stanley Vidmar Storage Technologies Modula P500 VLMs; Furnish and Install two (2) APU 30 amp receptacles; 5 Drawer partitions; 7 Drawer partitions;, one (1) each Stanley V idmar Technologies Modula P750 VLM to be delivered and installed at Ft. Lewis, Washington; and Installation of all other items on site (Ft. Campbell, KY) . Quotes are requested on FOB Destination basis. The site is a secure compound. Delays gaining acc ess can be gaining access on a daily basis. Delivery and Installation shall be not later than 12 weeks after receipt of order. The provision at 52.212-1 Instructions to Offerors  Commercial Items, is applicable to this solicitation. The Government int ends to make a single award for all items to one vendor. The provisions at 52.212-2, Evaluation Commercial Items and 52.211-6 Brand Name or Equal are applicable to this acquisition. If offering and Equal item, vendor shall submit Descriptive Literartur e. The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror. If an offeror has not completed the annual representations and certifications at the ORCA website, offerors are to complete paragraphs (b) thr ough (i) of FAR Provision 52.212-3, Offeror Representations and Certifications  Commercial Items and submit with their offer. The contract clause at 52.212-4, Contract Terms and Conditions  Commercial Items, applies to this acquisition. The clause at 5 2.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.203-6 Restrictions on Subcontractor Sa les to the Government; 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8 Utilization of Small Business Concerns; 52.219-9 Small Business Subcontracting Plan; 52.222-3 Convict Labor; 52.222-19 Child Labor  Coopera tion with Authorities and Remedies; 52.222-21 Prohibition on Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Acti on for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues for Fees; 52.225-13 Restricti ons on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Comm ercial Items is applicable with the following additional DFARS clauses cited therein applicable: 52.203-3 Gratuities; 252.219-7003 Small, Small disadvantaged and Woman-Owned Small Business Subcontracting Plan (D0D Contracts); 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.227-7015 Technical Data Commercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 52.243-7002 Certification of Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea and 252.247-7024 Notification of Transportat ion of Supplies by Sea. This solicitation, specifications and bid schedule will be available on the Internet at Fort Campbell Directorate of Contract (DOC) Home Page at http://doc.campbell.army.mil/ , under Contrracting Opportunities. Information from th e DOCs homepage will be in Adobe Portable Document Format (PDF). Free copies of the Adobe Acrobat Reader to view and print may be obtained at www.adobe.com/prodindex/acrobat/readstep.html or from DOCs Home Page. Quotes may be sent by fax to (270) 798-7 548 or emailed to the address below. Vendors shall include CAGE Code, DUNS and TIN with their quote. Quotes are due 26 September 2005, 3:00 P.M. CT at Directorate of Contracting, Bldg. 2172, ATTN: Kevin Day, 13 ? St., Ft. Campbell, KY 42223-5358 email k evin.day1@us.army.mil . Successful offeror must be registered in the Central Contractor Registration Database (see DFARS 252.204-7004) prior to award of contract. *****
 
Record
SN00901655-W 20050924/050922212238 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.